Tents and Generators
ID: 70US0925Q70092297Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

All Other Consumer Goods Rental (532289)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking quotes for the rental of tents and generators under solicitation number 70US0925Q70092297. The procurement aims to secure essential equipment for events, with specific requirements including a 30’ x 60’ tent with solid white walls and operational generators capable of continuous use throughout the rental period. This contract is crucial for supporting the Secret Service's protective operations in Bedminster, New Jersey, and will be awarded as a Base plus four-year contract, with a performance period from June 1, 2025, to October 31, 2029. Interested vendors must submit their quotes by May 23, 2025, and are required to attend a mandatory site visit on May 14, 2025; for further inquiries, they can contact Keisha Pender at keisha.pender@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides detailed instructions for completing the eCheck Excel template utilized in federal RFPs, grants, and visitor registration processes. It outlines the required data fields, including name, date of birth, Social Security Number (SSN), citizenship status, and residence information, specifying formats and character limits to ensure data integrity. The document emphasizes the importance of selecting correct codes from provided worksheets for country and state identification. It instructs users to avoid character errors and suggests formatting techniques to maintain leading zeros in numeric fields. The eCheck template serves as a critical tool for capturing accurate visitor information while fulfilling regulatory requirements, facilitating the screening process for U.S. Citizens and foreign nationals alike. This structured approach ensures clarity and compliance in data collection related to government-related programs and services.
    This document outlines the pricing structure for rental services related to event equipment, specifically tents, generators, and fans, across multiple years in a government Request for Proposals (RFP). The pricing is broken down into different rental periods—4 days and 7 days—over three option years, each including the same types of equipment and services. Main offerings include various sizes of tents with white sides and lighting, generators ranging from 3,500 to 40,000 watts, and industrial fans. Each pricing section ensures that the costs encompass delivery, setup, removal, and pickup fees, though all item costs listed are currently marked as $0.00, indicating potential placeholders or negotiation points. This document provides prospective vendors clarity on what is required in terms of equipment rental, while also allowing for responses that will aid local and state governments in leasing necessary resources for events. The comprehensive nature of the price sheet supports transparency and assists in evaluating proposals from contractors for fulfilling these rental needs effectively.
    The document outlines a Request for Quote (RFQ) from the U.S. Secret Service (USSS) for the rental of tents and generators, establishing a procurement strategy that emphasizes small business participation. The solicitation number is 70US0925Q70092297, with a performance period from June 1, 2025, to October 31, 2029. The award will be based on the Lowest Price Technically Acceptable criteria, requiring compliance with technical specifications outlined in the Statement of Work (SOW). Offerors must attend a mandatory site visit on May 14, 2025, and submit their quotes, including a price sheet and required certifications, by May 23, 2025. The items specified include various tent sizes and generators, with stipulations for delivery, setup, and maintenance responsibilities, highlighting the on-call availability of the contractor. Security vetting for personnel is emphasized, although no clearances are required. The document stresses the importance of adherence to federal regulations and guidelines throughout the procurement process, ensuring compliance with laws affecting federal contracts. Overall, this procurement process is crucial for securing necessary assets for USSS operations, demonstrating a structured approach to government contracting.
    The document serves as an amendment to a solicitation clarification for a federal Request for Proposal (RFP) regarding the rental and installation of tents and associated equipment. Key points include the specifications for a 30’ x 60’ tent, which requires sidewalls on both 60-foot sides, solid white walls with no windows, and an opening to connect to a smaller tent. Tents must be secured on asphalt surfaces without surface alterations. Installation and removal can occur any day of the week, but the contractor must manage emergency call-outs on Sundays. Lighting within the tents should be functional (LED), and the required generators should operate continuously throughout the rental period, with the vendor responsible for refueling. Other revisions include specific configurations for smaller tents and confirming that the contract is new, with no incumbent. The document highlights the precise requirements and conditions of the contract while addressing vendor inquiries related to the project, thereby emphasizing the government's need for compliance, operational efficiency, and clarity in the procurement process.
    This document outlines a Statement of Work (SOW) for a non-personal services contract required by the United States Secret Service (USSS) for perimeter assets in Bedminster, NJ. The contractor will provide various necessary items and services on an ‘as needed’ basis, including tents, generators, and fans, with specific quantities and requirements detailed in two designated areas. The contract includes responsibilities for delivery, setup, removal, and on-call service, with equipment rental varying in duration. Key points include the contractor's obligations to ensure equipment withstands adverse weather conditions and maintain fuel supplies for generators. Security guidelines require background checks for contractors' personnel, although no clearances are mandated. The contract period includes a base year and three option years, totaling four years, and will be awarded as a Firm Fixed-Price. The document also specifies invoicing procedures, compliance with the Privacy Act for sensitive data, and safety regulations under OSHA. Overall, this procurement aims to support the USSS's protective operations through timely, reliable access to essential rental equipment and services.
    The document outlines a price sheet related to the rental of various event equipment over multiple periods, specifically for government use in response to RFPs and grants. It details item specifications, including dimensions and quantities for tents, fans, generators, and light towers, along with associated costs for different rental durations of 5 and 9 days across three option years. Additionally, it lists potential fees, such as emergency and cancellation fees, all of which encompass delivery, setup, and removal services. The structure of the document comprises distinct sections for each rental period and option year, ensuring clear categorization of pricing and services. The overall purpose is to provide a comprehensive breakdown of rental costs and terms to facilitate budgeting and planning for government contracts. This price sheet plays a crucial role in ensuring transparency and accuracy in equipment rental during procurement activities.
    This document is an amendment to the solicitation for a government contract (70US0925Q70092297) related to the provision of tents and associated equipment for an event. Key clarifications address the specifications for tent dimensions, wall requirements, and operational guidelines. Specifically, the 30’ x 60’ tent must have walls on both 60’ sides with a small opening to connect to a smaller tent. Tent walls should be solid white without windows, and the installation surface is asphalt with no access to water for securing the tents. All installation work is expected to occur any day of the week. The inquiry about generators indicates they must support continuous operation for the rental duration with maintenance responsibilities resting on the vendor. Lighting in the tents is to be functional LED, and preference is given to wall designs that minimize wind flapping. The document notes that all bidders must attend a site visit for their proposal to be deemed technically acceptable. This amendment serves to clarify expectations and address potential vendor questions to ensure compliance with the contract requirements for the event setup.
    Lifecycle
    Title
    Type
    Tents and Generators
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Base Elizabeth City CG Day Tent Rental
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide tent rental services for the Coast Guard Day event at Base Elizabeth City, North Carolina, scheduled for August 1, 2026. The contractor will be responsible for supplying various tents, including a 40x40 keder tent, a 40x40 pole tent, and additional tents of varying sizes, along with necessary transportation, labor, and equipment for setup and takedown. This procurement is crucial for ensuring the logistical support and infrastructure required for large-scale public events, emphasizing the importance of compliance with specifications and safety standards. Interested vendors must submit their quotes by noon Eastern Time on May 8, 2025, and are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for inquiries, while ensuring they have an active vendor record at SAM.gov and meet the small business size standards prior to the submission deadline.
    Housing Provider
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the United States Secret Service (USSS), is seeking lodging providers to manage room blocks for the 2028 Olympic and Paralympic Games in Los Angeles, CA. The primary objective is to secure a minimum of fifty (50) rooms at various event venues for durations of 30 to 60 days, ensuring consistent terms, amenities, and flexible cancellation policies without penalties. This procurement is crucial for supporting the National Special Security Event (NSSE) security plan, which necessitates reliable housing for personnel involved in the event. Interested parties must submit their responses by December 30, 2025, at 11:00 AM Eastern Time, and can contact Danielle Donaldson at danielle.donaldson@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    Generators - 401kW & Above
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to procure generators rated at 401kW and above, including associated shipping and on-site training. This procurement aims to enhance FEMA's emergency response capabilities by updating their fleet with compliant generators that meet Tier 4 Final EPA standards, which are essential for operations both within the Continental United States (CONUS) and Outside Continental United States (OCONUS). The contract will span from February 2026 to February 2029, with a minimum guaranteed amount of $540,000, and proposals must be submitted by January 13, 2026, at 12:00 PM EST. Interested vendors should contact Oneko Dunbar or Danielle Sweetney for further details and ensure they are registered in the System for Award Management (SAM) prior to contract award.
    F550 Retrofitting
    Homeland Security, Department Of
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    Faraday Rooms
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is conducting market research for the installation of modular Faraday Rooms at its Washington, DC Field Office and potentially at 41 other field offices across the continental United States. The procurement seeks scalable EMI modular hard panel enclosures with specific features such as ESD flooring, LED lighting, advanced ventilation systems, and fire suppression capabilities, along with stringent shielding requirements for electromagnetic interference. This initiative is crucial for enhancing cybersecurity measures within the USSS, ensuring secure environments for sensitive operations. Interested vendors should submit their responses by December 23, 2025, at 12:00 PM Eastern Time, and can direct inquiries to primary contact LorieAnne Kliewer at lorie.kliewer@usss.dhs.gov or secondary contact Matthew Sutton at matthew.sutton@usss.dhs.gov.
    Generators - 400kW & Below
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of generators rated at 400kW and below. This contract aims to support FEMA's emergency response operations by providing various sizes of generators, associated shipping, external fuel tanks, and on-site training, with a base performance period from February 21, 2026, to February 20, 2027, and an option year extending to February 20, 2028. The generators must meet stringent specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, both domestic and overseas. Interested vendors must submit their proposals by 12:00 PM EST on January 13, 2026, and are encouraged to contact Oneko Dunbar at Oneko.Dunbar@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov for further information.
    4-Wheel Portability Kit
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure eleven 4-wheel portability kits compatible with Kubota GL7000 and GL11000 Diesel Generators. These kits are essential for FEMA's Staging Field Operations, enabling reliable power supply in austere environments during disaster response efforts by facilitating the easy unloading and connection of generators. Interested vendors must submit their firm-fixed price quotes by December 22, 2025, with questions due by December 16, 2025, and are required to include a clear product image along with their submission. For further inquiries, potential bidders can contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or David Bailey Jr. at david.baileyjr@fema.dhs.gov.
    Tactical Village Modular Firing Ranges
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service, is seeking qualified contractors for the design, prefabrication, transportation, and onsite installation of two adjoining Modular Firing Range (MFR) systems at the James J. Rowley Training Center or another designated federal property. The project aims to enhance training capabilities for agents and officers by expanding firearms range facilities to accommodate increased training demands, while ensuring compliance with stringent federal, state, and local regulations regarding safety and environmental standards. Interested contractors must demonstrate relevant experience in range design and construction, with capabilities statements due by January 5, 2026, to Theresa Williams at theresa.williams@usss.dhs.gov or Erik Syfert at erik.syfert@usss.dhs.gov. This opportunity is categorized as a Sources Sought notice, and no set-aside is used for this procurement.
    HEATER, FUEL CUBE AND DUCTING RENTAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the rental of a flameless diesel heater, a fuel cell, and associated ducting for use during painting operations on a 49ft Coast Guard Busl. The procurement includes an eight-week rental period for a 400k-750k BTU heater, a 250-gallon fuel cell with a pump, and two high-temperature ducts, with the rental period scheduled between December 22, 2025, and February 13, 2026, as determined by the Yard Point of Contact. This equipment is crucial for maintaining optimal working conditions during enclosed project operations, ensuring safety and efficiency. Interested vendors must submit their quotes via email to Shellby Hammond by December 17, 2025, at 12:00 PM (Eastern), referencing solicitation number 2126406Y61B5586003, and must comply with all relevant FAR clauses and requirements outlined in the solicitation.
    Travel Management Center (TMC) Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking to procure Travel Management Center (TMC) Support Services to assist in establishing effective travel management processes that meet functional, technical, and security requirements. This procurement is critical for maintaining mission-critical contractor support while transitioning to a new competitive contract, with plans to competitively procure these services by January 2024. The current contract is a sole-source justification to CW Government Travel, Inc. to ensure continuity and cost savings during this transition period. Interested vendors can reach out to primary contact D'Andre Taylor at dandre.taylor@usss.dhs.gov or secondary contact Shauntynee Penix at shauntynee.penix@usss.dhs.gov for further information.